भारत सरकार Government of India अ तर वभाग सतीश ... ·...

46
1 भारत सरकार Government of India अतर वभाग Department of Space सतीश धवन अंतर के Satish Dhawan Space Centre शार SHAR ीहरकोटा डा.घ.524124 आं.. भारत SRIHARIKOTA P.O. 524124, AP, INDIA टेलफोन:+91 8623 225023 Telephone: +91 8623 225023 फेस: +91 8623 225170 Fax: +91 8623 225170 GOVERNMENT OF INDIA :: DEPARTMENT OF SPACE SATISH DHAWAN SPACE CENTER SHAR :: SRIHARIKOTA – 524 124 SRI POTTI SREERAMULU.NELLORE DISTRICT (A.P) TENDER NOTICE NO. SDSC SHAR/Sr.HPS/PT/01/2018-19 On behalf of President of India, Sr. Head Purchase and Stores, SDSC SHAR, SRIHARIKOTA invites on line quotations for the following. Sl No Ref. No. Description Qty. 01 SHAR SP 2018 00 7753 e-procurement [Two part basis] Fabrication and Supply of S139 Casting Fixtures & Support Structure. 1 LS 02 SHAR SPP 2018 00 7925 e-procurement [Two Part basis] Design, Supply, Erection, Testing and Commissioning of 50t FLP EOT Crane 1 LS 03 SHAR SPP 2018 00 8050 e-procurement [Two part basis] Manufacture, Testing at Shop floor, Supply, Installation at Site, Testing and Commissioning of Indigenous 400t Cap Self-Aligning type roller Stands 1 Set 04 SHAR RO 2018 00 8055 e-procurement [Two Part basis] Supply, Installation and Commissioning of the CDMA based Emergency Communication system 1 Lot 05 SHAR SPP 2018 00 8206 e-procurement [Two part basis] Design, Supply, Erection, Testing and Commissioning of Low Capacity Cranes 1LS Last Date for downloading of tender documents : 01.05.2018 at 16:00 hrs. Due Date for submission of bids online : 01.05.2018 at 16:00 hrs. Due Date for Bid Sealing on : 01.05.2018 at 16:01 hrs. to 01.05.2018 at 17.30 hrs. Due Date for Open Authorization : 01.05.2018 at 17.31 hrs. to 03.05.2018 at 17:00 hrs. Due Date for opening of tenders : 04.05.2018 at 14:30 hrs. Instructions to Tenderers: No tender fee shall be applicable for tenders submitted through EGPS 01. For full details/scope of work and terms and conditions etc., please see the enclosed annexures. 02. Interested tenderers can download the e-tender from ISRO e-procurement website https://eprocure.isro.gov.in and submit the offer on line in the e- procurement portal. Offers sent physically by post/courier/in person will not be considered. 03. Tender documents are also available on ISRO website www.isro.org; ISRO e-procurement website https://eprocure.isro.gov.in and SDSC SHAR, Sriharikota website www.shar.gov.in. The same can be down loaded and offer submitted on line in the e- procurement portal. 04. Quotations received after the due date/time will not be considered. 05. The tender documents are available for download upto 01.05.2018 at 1600 hrs. and last date for submission of tenders on line 01.05.2018 at 1600 hrs. and Tender Opening on 04.05.2018 at 14:30 hrs. 06. Sr. Head, Purchase and Stores, SDSC-SHAR, Sriharikota reserves the right to accept or reject any/or all the quotations. DT: 09.04.2018 Sr. HEAD, PURCHASE AND STORES

Transcript of भारत सरकार Government of India अ तर वभाग सतीश ... ·...

1

भारत सरकार Government of India

अतर� �वभाग Department of Space

सतीश धवन अंतर� के� Satish Dhawan Space Centre

शार SHAR �ीहरकोटा डा.घ.524124 आं.". भारत SRIHARIKOTA P.O. 524124, AP, INDIA

टे#लफोन:+91 8623 225023 Telephone: +91 8623 225023 फे-स: +91 8623 225170 Fax: +91 8623 225170

GOVERNMENT OF INDIA :: DEPARTMENT OF SPACE

SATISH DHAWAN SPACE CENTER SHAR :: SRIHARIKOTA – 524 124 SRI POTTI SREERAMULU.NELLORE DISTRICT (A.P)

TENDER NOTICE NO. SDSC SHAR/Sr.HPS/PT/01/2018-19

On behalf of President of India, Sr. Head Purchase and Stores, SDSC SHAR, SRIHARIKOTA invites on line

quotations for the following.

Sl

No

Ref. No. Description Qty.

01 SHAR SP 2018 00 7753 e-procurement [Two part basis]

Fabrication and Supply of S139 Casting Fixtures & Support Structure.

1 LS

02 SHAR SPP 2018 00 7925 e-procurement [Two Part basis]

Design, Supply, Erection, Testing and Commissioning of 50t FLP EOT Crane

1 LS

03 SHAR SPP 2018 00 8050 e-procurement [Two part basis]

Manufacture, Testing at Shop floor, Supply, Installation at Site, Testing and Commissioning of Indigenous 400t Cap Self-Aligning type roller Stands

1 Set

04 SHAR RO 2018 00 8055 e-procurement [Two Part basis]

Supply, Installation and Commissioning of the CDMA based Emergency Communication system

1 Lot

05 SHAR SPP 2018 00 8206 e-procurement [Two part basis]

Design, Supply, Erection, Testing and Commissioning of Low Capacity Cranes

1LS

Last Date for downloading of tender documents : 01.05.2018 at 16:00 hrs.

Due Date for submission of bids online : 01.05.2018 at 16:00 hrs.

Due Date for Bid Sealing on : 01.05.2018 at 16:01 hrs. to 01.05.2018 at 17.30 hrs.

Due Date for Open Authorization : 01.05.2018 at 17.31 hrs. to 03.05.2018 at 17:00 hrs.

Due Date for opening of tenders : 04.05.2018 at 14:30 hrs.

Instructions to Tenderers:

No tender fee shall be applicable for tenders submitted through EGPS

01. For full details/scope of work and terms and conditions etc., please see the enclosed

annexures.

02. Interested tenderers can download the e-tender from ISRO e-procurement

website https://eprocure.isro.gov.in and submit the offer on line in the e-

procurement portal. Offers sent physically by post/courier/in person will not be

considered.

03. Tender documents are also available on ISRO website www.isro.org; ISRO e-procurement

website https://eprocure.isro.gov.in and SDSC SHAR, Sriharikota website

www.shar.gov.in. The same can be down loaded and offer submitted on line in the e-

procurement portal.

04. Quotations received after the due date/time will not be considered.

05. The tender documents are available for download upto 01.05.2018 at 1600 hrs. and last

date for submission of tenders on line 01.05.2018 at 1600 hrs. and Tender Opening on

04.05.2018 at 14:30 hrs.

06. Sr. Head, Purchase and Stores, SDSC-SHAR, Sriharikota reserves the right to accept or

reject any/or all the quotations.

DT: 09.04.2018 Sr. HEAD, PURCHASE AND STORES

DOC: CDMA AUG RFP/SHAR/2018

Request for Proposal (RFP)

for

Augmentation of Emergency CDMA Communications System

SATISH DHAWAN SPACE CENTRE SHAR

INDIAN SPACE RESEARCH ORGANISATION

SRIHARIKOTA – 524 124

2

TABLE OF CONTENTS

S. No Title Page No

1.1 Introduction 4

1.2 Augmentation requirements of Emergency CDMA Communication System Network

4

1.3 Scope of Work 5

1.4 Preparation and Submission of Bids 5

1.5 Arrangement of Bid 6

1.6 General Information & Standard Conditions of RFP 8

1.7 Minimum Criteria for Bidder Qualification: 15

1.8 General Terms & Conditions 17

1.9 Delivery & Acceptance of Materials 18

1.10 Supply of Spares 18

1.11 Execution 18

1.12 Field Test 19

1.13 Acceptance Test and Taking Over 19

1.14 Warranty Clause 19

1.15 Annual maintenance Services 20

1.16 Performance Monitoring of the entire Project 20

1.17 Penalty for Break Downs 21

2 Details of existing Emergency CDMA Communication System 22

2.1 Technical Details 22

2.2 Highlights and Functional Features of the System/ Network 24

2.3 Dial plan 24

2.4 Details of sub-systems of existing CDMA Communication network 25

2.5 Responsibility Matrix 25

3 Essential Specifications of Items to be supplied under Augmentation 27

3

3.1 CDMA BTS 27

3.2 Specification of High Gain Directional Antenna 28

3.3 Specification of Server 29

3.4 Specification of Media Gateway 30

3.5 Specifications of Ethernet to OFC switch 31

3.6 Specifications of PC’s for O&M System console 32

4 Commercial Bid Format 33

5 Check list for documents 36

4

1.1 Introduction

This “Request for Proposal” is for the “Augmentation of the Emergency CDMA Communication System”, which includes Supply, Installation, Configuring and Commissioning of the supplied Systems (CDMA Base Stations, Antenna, Media Gateway, Server, Network Elements and related equipment) with interface to the existing CDMA Communication System at SDSC SHAR, to provide the Emergency Communication Services for the presently non-serviceable areas in the Centre.

1.2 Augmentation requirements of Emergency CDMA Communication System Network

1. To augment the exiting CDMA Network/ System at SDSC SHAR, so as to provide the Emergency Communications Services for the presently non-serviceable areas in the Centre.

2. Shall be compatible to the existing operational, fully independent and secured CDMA Communication Network/ System at SDSC SHAR.

3. Coverage area required at each Tri-sectored Base Station shall be around 4 to 6 Km radial distance (depending upon the terrain conditions).

4. Shall provide Subscriber Soft Hand off feature among proposed augmentation of CDMA Communication system and existing system.

5. Shall configure and commission the spare Server, spare Core Network Switch, spare Media Gateway etc., for redundancy with automatic take over feature.

5

1.3 Scope of Work

The broad scope of work for vendor/ OEM includes but is not necessarily limited to the following:

Scope of work Compliance

1. Supply, Installation, Configuring and Commissioning of the supplied Systems with interface to the existing and operational CDMA Communication System at SDSC SHAR.

2. Real time RF optimization at the time of installation, commissioning and testing of CDMA Base Stations inclusive of all outdoors and indoor installations, if any.

3. Preparation of Acceptance Test Plan (ATP) which will be mutually agreed between the vendor and the Department and subsequently performing testing of the integrated system as per the approved ATP.

4. Warranty services for 2 years with posting of One Resident Service Engineer at SDSC SHAR to carry out day to day O&M of the system

5. Non-comprehensive AMC for 2 years (after completion of 2 years Warranty) with posting of One Resident Service Engineer at SDSC SHAR to carry out day to day O&M of the system.

6. The vendor shall agree to provide technology and spare support for hardware and software for a period of 10 years from the date of commissioning.

7. Supply and installation of CDMA RF repeaters for extended/ indoor coverage (optional)

8. Supply of 10 numbers of PTT CDMA subscriber handsets (optional)

1.4 Preparation and Submission of Bids

The Tenders authorized online on or before the open authorization date and time only

be considered as valid tenders. Physical copy will not be considered / received, even before the

bid submission date.

6

Bids shall be submitted in the following manner. Complete bid shall be filled online in

the “Vendor Specified Terms’ form of the e-tender. Any documents related to technical

literature as per the tender shall be scanned and uploaded to the e-tender under ‘Documents

solicited from Vendor’ form only in ISRO e-procurement portal.

The bid should contain the following:

a) Submission of bid along with one set of proposal document (RFP) duly signed and

stamped as token of acceptance.

b) Bill of material with Make and Model no. of each item with commercial terms, taxes,

duties, exemption certificates etc.

c) A Technical compliance statement for each item in the Bill of Material, along with the

technical data sheet / literature, highlighting the compliance to specifications.

Deviations, if any, shall be brought out clearly.

d) Any other relevant document which strengthens supplier’s claim with respect to this

bid.

e) Price bid shall be filled in the on-line ‘price bid’ form of the e-tender only in ISRO e-

procurement website https://eprocure.isro.gov.in .

f) Unit rate for each of the item shall be indicated. The rate quoted shall be on FOR

DESTINATION BASIS i.e., FOR SDSC SHAR, Sriharikota basis.

g) The taxes applicable for supply shall be indicated. If the offers submitted by the vendor

are silent on taxes, it will be presumed that quoted rates are inclusive of taxes & duties

and no claim in this regard will be entertained later.

1.5 Arrangement of Bid

Proposals are invited from the interested Bidders for the above said scope of works in

TWO PART bid. The quote for the above requirement should be quoted in two part bid.

Part-I – Techno-commercial Bid

This part should contain the complete technical proposal along with dully filled Annexure –A

forms. This section should bring out complete clarity on the total work involved including

7

conceptualization, implementation and test plans to evaluate performance etc. This part should

include the following information but not to be limited to:

a) Heritage of providing similar products and services

b) Technical Compliance Statement (Point by Point Compliance) to full RFP including all

tables by the vendor

c) Each Subsystem detail with complete specifications

d) Implementation details including subsystem I/O interface details,

e) Warranty for two years from the date of completion of ATP etc

This Part shall contain only the technical details and specifications together with

technical catalogues. All commercial conditions shall also be indicated in this part.

Deviations, if any, to our specifications shall be brought out very clearly. No price details shall

be mentioned in this bid and shall not upload the details of price along with the techno-

commercial bid.

Part-II – Commercial Bid/ Price bid

Commercial offer covering entire scope of activity, giving complete cost breakup of the

following as per Annexure - B but not limited to:

Description Vendor Compliance Quoted/ Not Quoted

Cost of all the subsystems including associated software licenses as

per Annexure – B - the bill of deliverable items.

Any other miscellaneous cost that are not reflected in the RFP,

towards realization of systems with submission of the justification

and technical details.

The bids may summarily be rejected in the event of non submission of Bids as per the

above TWO PART bid procedure.

8

1.6 General Information & Standard Conditions of RFP

S.No Description Vendor

Compliance

1. Prices quoted should be on the basis of F.O.R. SDSC SHAR, Sriharikota, The Purchaser will not pay separately for transit insurance. All risks in transit shall be exclusively of the Tederer and the Purchaser shall pay only for such stores as are actually received in good condition in accordance with the contract.

2. Offer Validity: Bid shall remain valid for acceptance for a period of 120 days from the date of opening of tenders. The Bidder shall not be entitled during the said period to revoke or revise his Bid or to vary the Bid except and to the extent required by SDSC SHAR in writing.

3. CDEC: SDSC-SHAR is eligible for 100% Customs Duty exemption as per Notification No. 050/2017 539(b) dated 30.06.2017. This may be taken into account while quoting for import items, if any.

4. GST (on Supply): Reduced GST @ 5% is applicable as per the Notification No.47/2017 and 07/2018. Please indicate the GST on supply items accordingly. If not indicated it will be presumed that GST @5% is inclusive of your quoted prices. GST (on Services): GST @ 18% is applicable on services/ installation related works. Please indicate the GST accordingly for services/ installation works. If not indicated it will be presumed that GST @18% is inclusive of your quoted prices

5. Delivery Schedule: Delivery schedule of the complete DMR Communication system:

a. Supply of the items shall be completed within 3 MONTHS from the date of placement of the order.

b.Installation, commissioning and testing shall be completed within 2 MONTHS from the date of site readiness confirmed by the Department.

The date of delivery of the stores stipulated in the purchase order shall be deemed to be the essence of the contract and must be completed no later than the date(s) specified therein.

9

6. Liquidated Damages: In the event of the vendor failing to supply and commission the system within the delivery period specified in the contract agreement, the Department shall reserve the right to recover from the vendor as liquidated damages, a sum of 0.5 % per week subject to a maximum of 10.0 % of the total order value.

7. Bid Evaluation Criteria: T he Bidder/ OEM havibg any previous experience in commissioning of any such system, the document proofs like– Purchase Order, Work Completion Certificate etc shall be submitted.Also the Bidder should be an OEM/ anAuthorized Dealer for the proposed make and models of the OEM of the CDMA Communication System, and should submit the authorization certificates along with the bid submission. The parties not submitting these documents will be summarily rejected/ not be considered for Evaluation.

8. Exclusion of Tenders

The following tenders shall be summarily rejected from the procurement process:- a. Tenders received from vendors who have not qualified in terms of

their registration. b. Tenders received against publishing of a limited tender in the

CPP portal. c. Tenders of vendors who have been removed from the vendor

list or banned/debarred from having business dealings. d. Unsolicited tenders from vendors. e. The tenders who materially depart from the requirements

specified in the tender document or which contain false information.

f. The tenders which are not accompanied by the prescribed Earnest Money Deposit.

g. The tenders of vendors who have not agreed to furnish Security Deposit or Performance Bank Guarantee.

h. The validity of the tenders is shorter than the period specified in the tender enquiry.

i. The tenders received from vendors or their agents or anyone acting on their behalf, who have promised or given to any official of the Centre/Unit/Department, a gratification in any form, or anything of value, so as to unduly influence the procurement process.

j. The tenders received from vendors, who, in the opinion of the Centre/Unit, have a conflict of interest materially affecting fair

10

competition. k. The tenders received from Indian agents on behalf of their

foreign Principals/OEMs (in cases where the Principals/OEMs also submit their tenders simultaneously for the same item/ product in the same tender).

l. In case two or more tenders are received from an Indian agent on behalf of more than one foreign Principal/OEM, in the same tender for the same item/product.

If a firm quotes ‘NIL’ charges / consideration, the bid shall be treated as un-responsive and will not be considered.

9. Installation/ Commissioning of the System:

Installation and Commissioning of the system for the functional/ operational requirement of the Department, is under the scope of the vendor. The commissioning of Fiber Optic Interface media/ cables among site locations are not in the scope of the work to the vendor, which will be arranged by the Department.

10. Services/ Training of the System:

The vendor should provide the supporting services as detailed below.

a) During the Warranty period of 2 years, the vendor has to post One Resident Service Engineer at SDSC SHAR to carry out day to day O&M of the system.

b) The vendor has to provide 02 sets of entire System Configuration document, Operational and Maintenance manual in English language.

11. Warranty:

2 year comprehensive warranty from the date of commissioning and acceptance of the system. Warranty certificate duly signed and stamped shall be furnished along with the supply of the items.

12. Security Deposit

The supplier, whose tender is accepted, shall be required to furnish by way of Security Deposit for the due fulfillment of the contract, such a sum as shall amount to 10 % of the contract price of the work awarded.

The security deposit (bearing no interest) shall be held by the Department as security till supply of all the items and for the due performance of all suppliers’ obligations under the contract as per delivery period or extension granted thereof by the Department.

11

The supplier within 10 days of Purchase Order or signing of Contract, deposit with the Accounts officer, SatishDhawan Space Centre SHAR, Sriharikota as detailed above by any one or more of the following modes namely.

By a crossed demand draft in favour of Accounts Officer, SatishDhawan Space Centre SHAR drawn on SBI and payable at Sriharikota.

Or by bank guarantee as per the format prescribed. The bank guarantee shall be from a nationalized bank & shall be valid for 90 days beyond completion period.

In case of breach of contract, the Security deposit shall be forfeited in addition to other relief available to the Department under this contract.

13. Advance Payment

Wherever advance payment is requested, Bank Guarantee from any Nationalized Bank/Scheduled Bank should be furnished. In case of advance payments, if the party is not supplying the material within the delivery schedule, interest will be levied as per the Marginal Cost of Lending Rate (MCLR)of RBI plus 2% penal interest.

Interest will be loaded for advance payments/stage payments as per the MCLR of SBI and will be added to the landed cost for comparison purpose. In case of different milestone payments submitted by the parties, a standard and transparent methodology like NPV will be adopted for evaluating the offers.

14. Special Conditions for Submitting Quotations in Foreign Currency by the Indian Agents The Tenderer should submit the following documents/information while quoting:- a. Foreign Principal's proforma invoice/quote indicating the commission payable to the Indian Agent and nature of after sales service to be rendered by the Indian Agent. b. Copy of Agency agreement with the Foreign Principal and the Indian Agent, precise relationship between them and their mutual interest in the business. c. Registration and item empanelment of the Indian Agent. d. Agency Commission will be paid only Indian Currency. e. Compliance of the tax laws by the Indian Agent.

12

15. High Sea Sales - Against High Sea Sale transactions:

a. Offers shall be on all inclusive basis including delivery upto Sriharikota at the risk and cost of the supplier. Customs Clearance is the responsibility of the supplier and at his cost and risk. b. 100% payment will be made within 30 days after receipt and acceptance of the items at our site. c. Customs Duty Exemption Certificate and other relevant documents required for Customs clearance will be provided. d. High Sea Sales Agreement furnished by the supplier in accordance with the terms and conditions of our purchase order will be signed and issued by SDSC-SHAR.

16. Mode of Payment: Our Bankers are State Bank of India, SDSC SHAR, Sriharikota – 524 124. You may furnish your banker details for transferring the payments through ECS mode.

17. Inspection & Terms of Payments: 80% payment within 30 days after receipt and inspection of the items at our Stores in SDSC SHAR and 20% payment within 30 days after commissioning of the system on submission of 10% Performance Bank Guarantee, which is valid till completion of 2 year Warranty Period with a grace period of 2 months.

18. Performance Bank Guarantee

a) The supplier shall guarantee for the performance of the equipment/ system by providing bank guarantee in favour of the Department for an amount equivalent to 10 % (ten percent) of the total value of this contract valid till the warranty period with a grace period of 2 months.

b) The performance bank guarantee shall be submitted by the supplier with in fifteen days from the date of accepting the equipment/material as per the Contract. The format for the performance bank guarantee shall be obtained from the Department.

c) Department reserves right to forfeit the PBG in non-performance of the vendor.

19. Bidder shall note that the conditional discounts would not have edge in the evaluation process of tenders.

20. Non‐acceptance of any conditions where-ever called-for related to guarantee or warrantee, security deposit, performance bank guarantee, liquidate damages are liable for disqualification of bids.

21. Arbitration

13

In the event of any dispute or difference arising under these terms & conditions or any condition contained in the Purchase Order or in connection with this Contract (except as to any matter the decision of which is specially provided for by these conditions), the same shall be referred to the sole arbitration of the Head of the Purchase Office or of some other person appointed by him, and the dispute further processed in terms of the Arbitration & Conciliation Act, 1996. There will be no objection that the arbitrator is a Government Servant that he had to deal with matter which the Contract relates to or that in the

14

course of his duties as Government Servant has expressed views on

15

all or any of the matters in dispute or difference. The award of the arbitrator shall be final and binding on the parties of this Contract.

If the arbitrator is the Head of the Purchase Office –

i.In the event of his being transferred or vacating his office by resignation or otherwise, it shall be lawful for his successor in office either to proceed with the reference himself for to appoint another person as arbitrator, or

ii.In the event of his being unwilling or unable to act for any reason, it shall be lawful for the Head of the Purchase Office to appoint another person as arbitrator.

If the arbitrator is a person appointed by the Head of the Purchase Office – In the event of his denying or neglecting or refusing to act, or resigning or being unable to act, for any reason, shall be lawful for the Head of the Purchase Office either to proceed with the reference himself or to appoint another person as arbitrator in place of the outgoing arbitrator subject, as aforesaid, to the Arbitration & Conciliation Act, 1996, and the rules there-under and any statutory modifications thereof for the time being in force shall be deemed to apply to the arbitration proceeding under the clause. The Arbitrator shall have the power to extend with the consent of the Purchaser and the Contractor the time for making and publishing the award. The venue of arbitration shall be the place as the Purchaser in his absolute discretion may determine. Work under the Contract shall, if reasonably possible, continue during Arbitration Proceedings.

In case of Imported Stores, all disputes arising in connection with this Contract shall be finally settled under the Rules of Conciliation and Arbitration of the International Chamber of Commerce by one or more arbitrators appointed in accordance with the said Rules. The Contract shall be interpreted, construed and governed by the laws of India.

22. Earnest Money Deposit (EMD)

The tenderer has to submit an Earnest Money Deposit (EMD) for Rs.3,00,000.00 in a single installment through Demand Draft (DD)/Banker’s Cheque/ Fixed Deposit Receipts or Bank Guarantee

16

from any of the Scheduled Banks executed on non-judicial stamp paper of appropriate value. In case of Bank Guarantee, it shall be valid for a period of 45 days beyond the final tender validity date. It shall be taken in favour of Sr. Accounts Officer, SDSC SHAR payable at State Bank of India, Sriharikota branch. Any tender not accompanied with EMD shall be treated as invalid tender and rejected.

Foreign vendors, registered vendors or vendors who have already applied for renewal of registration, Central PSUs/ PSEs/ Autonomous Bodies, Micro and Small Enterprises, KVIC, National Small Industries Corporation, etc., shall be exempt from the payment of EMD. Vendors seeking exemption from payment of EMD shall submit necessary documentary proof.

EMD of a vendor shall be forfeited if the tenderer / Contractor withdraws or amends his tender or deviates from the tender in any respect within the period of validity of the tender. Failure to furnish

17

security deposit/performance bond by a successful vendor within the

18

specified period shall also result in forfeiture of EMD

EMD shall be refunded to all the unsuccessful vendors within thirty days after placement of the Purchase Order. EMD shall be refunded to the successful tenderer/ Contractor after payment of the Security Deposit or may be adjusted against the Security Deposit. EMD shall be refunded to all the participants in cases where the tender is cancelled or withdrawn by the Centre/Unit, within thirty days from the date of such cancellation or withdrawal.

23. Applicable Law and Jurisdiction

The laws of India shall govern this purchase order for the time being in force. The Courts of Andhra Pradesh, India only shall have jurisdiction to be with and decide any legal matters or disputes what so ever arising out of the purchase order.

24. Force Majeure: Should a part or whole work covered under this purchase order be delayed due to reasons of Force Majeure which shall include legal lockouts, strikes, riots, civil commotion, fire accident, quarantines, epidemic, natural calamities and embargoes the completion period for work/ equipment referred to in this agreement shall be extended by a period not in excess of the duration of such Force Majeure. The occurrence shall be notified within reasonable time.

25. Packing & Forwarding: The tenderer will be held responsible for the stores being sufficiently and properly packed for transport by rail, road, sea or air, to withstand transit hazards and ensure safe arrival at the destination. The packing and Marking of packages shall be done by and at the expenses of the Contractor.

26. The following information/documents are to be furnished online wherever applicable.

(a) Product literature (b) Core banking account number (c) PAN details (d) Excise Duty, GST Registration, etc., and any other relevant

details.

1.7 Minimum Criteria for Bidder Qualification

19

Sl. No

Minimum Qualification Criteria Vendor

Compliance YES /NO

1

The firm should be registered with Registrar of Companies and GST. Copies of PAN Number/TAN number/Sales Tax number along with registration certificate /service tax number along with registration certificate and Income-tax clearance certificate/Returns for last 03 years must be attached.

Firm should provide the following details to confirm the above criteria:

a) Provide PAN Number / TAN Number / GST Number.

b) Provide Registration Certificate as proof of registration with Registrar of Companies.

c) Provide Income tax return for last 3 years / Income tax clearance certificate, as per Annexure Forms.

2.

Establishment of the firm must be more than 5 years old as on 01-01-2018 and the company turn over should be more than Rs.2crore.

Firm should provide the following details to confirm the above criteria:

a) Provide proof to confirm that the firm is 5 years old. b) Provide IT returns to show that company turnover is about Rs. 2crore

for each year for the last 3 financial years, as per Annexure Forms.

20

3.

The Firm must provide customer satisfaction letter from at least two customers preferably from a Central Govt. / State Govt. /Quasi Govt./PSU while submitting the technical bids.

Firm should provide the following details to confirm the above criteria:

a) Two Customer satisfaction letter preferably from State/Central Govt. / Quasi Govt./ PSU.

4.

The Firm should provide two purchase orders, where they supplied the similar Communication systems and carried out the service, installation, configuration and commissioned the systems in the last 5 years. The details of the above order should include client name, Quantity of supply, contract value and email address of contract manager should be provided. The copy of the purchase order should be attached.

Firm should provide the following details to confirm the above criteria:

I. One purchase order (with completion certificate) of the last 5 years for a value of atleast Rs.150 lakhs or

II. Two purchase orders (with completion certificates) of the last 5 years for a value of atleast 75 lakhs each or

III. Three purchase orders (with completion certificates) of the last 5 years for a value of atleast 50 lakhs each.

5.

Attach Authorized Letter from the OEM’s, authorizing the supplier to quote.

Firm should provide the following details to confirm the above criteria:

a) Authorization letters from the OEM’s/ Authorizin g the supplier to quote.

6.

The firm must provide a self-declaration that there is no complaint/vigilance inquiry against them in any Govt./Department /PSU and they have not been black listed by any Govt. Department/PSU.

7. Agreeing to all Terms and Conditions mentioned in General Terms & Conditions of the contract as below.

21

1.8 General Terms & Conditions

1) The scope of the work involves Supply, Installation, Configuring, Commissioning and

Testing, as part of augmentation of the CDMA Communication System with interface to the

existing operational CDMA Communication System in SDSC SHAR, to provide the

Emergency Communication Services for the present non-serviceable areas, as per tender

document and specifications.

2) Installation of BTS and Antenna should be done preferably on existing towers. (Information

regarding Base Station installation sites/ existing tower details shall be provided upon to the

Technically evaluated and qualified vendors by the Department).

3) Interconnectivity among the proposed CDMA Base Station sites and Core Network Server

is through OFC lines, which will be provided by the Department and necessary Network

Elements with OFC interface is to be provided by the Vendor.

4) The vendor should attach the technical brochure for all the items quoted in their offer.

5) The vendor should provide compliance statement for all the specifications item-wise

mentioned in this document. An offer without Technical compliance statement for the given

specification will not be considered.

6) For better Commissioning (Supply, installation, configuration, testing, and commissioning)

of the system and faster completion of the Project, single technically suitable supplier with

overall lowest offer will be selected for Turnkey basis of work execution. Split order will

not be issued.

7) The Supplier should observe the security procedures applicable at SDSC SHAR. SDSC

SHAR, Sriharikota is declared as Prohibited Place under Official Secrets Act, 1923 and

infiltrators in to the Premises of SDSC SHAR are liable for prosecution. The supplier is

required to ensure that persons of trustworthy bearing good Character, discipline and

Antecedents only deputed to carry out warranty support and take the responsibility for their

proper conduct during the period of warranty.

8) SDSC-SHAR will not be responsible for any injury to your personnel, damage to your

property, caused at site.

22

23

1.9 Delivery & Acceptance of Materials

a. Physical delivery of the item will not constitute supply. The completion of Acceptance

Test and taking into stock will constitute supply. If on examination of sample, any portion

of the supplied materials/ equipment is found to be damaged or substandard or not fully

in accordance with the relevant specifications, the whole supply shall be rejected.

b. The materials/ equipment delivered should be strictly confirmed to the specifications.

c. In case of doubt whether the materials confirm to the specifications or not, the decision

of the Purchaser shall be final. The Purchaser has every right to reject the equipment

found not confirming to the specifications and field level requirement and they should be

replaced within 7 days at the cost of the Bidder without additional time at any level for

installation. For such a delays, Department is not responsible and the Project shall be

completed within the stipulated time.

d. The Bidder is solely responsible for any delay caused in supply of equipment/ materials

with respect to the Project.

1.10 Supply of Spares

The contractor shall undertake to supply the necessary lifetime spares required to maintain the

equipment for a minimum period of 10 years from the date of acceptance of the commissioning

system.

1.11 Execution

i. The Project shall be executed by the successful Bidder in the most approved, substantial and

workman like manner, to the entire satisfaction of the Purchaser.

ii. The Vendor has to engage suitable manpower and Vehicles required for the carrying out the

Installation, Commissioning, Field tests/ Drive tests etc

iii. Real time RF optimization at the time of installation, commissioning and testing of the

proposed CDMA System to be carried out by the Bidder.

iv.The successful Bidder shall be fully responsible for the execution of the Project to the entire

satisfaction of the Purchaser.

24

v.The Purchaser may require such alterations to be made on Project during its progress, as they

deem necessary so as to have a successful implementation of the system up to the

requirements of the Department.

1.12 Field test

All necessary test equipment for field test of the installed system shall be arranged by the

successful Bidder. Field test shall be carried out by the successful Bidder in coordination with

the Purchaser. The complete communication coverage as defined by the Purchaser shall be

provided by the Bidder.

1.13 Acceptance Test and Taking Over

i.On completion of the installation and field tests up to the satisfaction of the Department, a

Comprehensive Acceptance Test shall be taken up and if found fulfilling the same, shall be

accepted by the Department and the supplies taken into stock. The necessary equipment to

carry out the Acceptance Test and the plan of the Acceptance Test shall be provided by the

successful Bidder to the satisfaction of the Purchaser. Prior approval of the Purchaser with

regard to the test equipment and method of testing shall be obtained by the successful Bidder.

ii.The Bidder shall repair or replace at no additional cost to the Buyer, should any of the propose

equipment is found faulty during the system Acceptance Test period.

Deviations during field test/ ATP will be immediately brought to the notice of the successful

Bidder and shall be immediately rectified without any delay failing it which penalty will be

applicable for the delay caused.

1.14 Warranty Clause

All the equipment supplied to the Purchaser under this tender shall be of the new, tested

in laboratory, of best quality (and workmanship) and shall be strictly in accordance with the

specifications and particulars contained in this tender thereof and that the said equipment will

continue to conform to the description and the quality aforesaid for a period of two years from

the date of handing over of the completed Project. Notwithstanding the fact that the Purchaser

25

may have inspected and/ or approved the said equipment, if during the aforesaid period, the

said equipment be discovered not to conform to the description and quality aforesaid, the

Purchaser will be entitled to get the said equipment or such portion thereof as may be

discovered not to conform to the said description and quality, shall be rectified/ replaced at the

cost of the Bidder. If any defects in manufacturing or technical aspects are noticed within the

warranty period, the Bidder is liable to replace at free of cost. All components of the Project

including all accessories shall be under comprehensive onsite warranty for two years and shall

be replaced or rectified immediately on intimation. During the warranty period of 2 years, the

vendor has to post one Resident Service Engineer at SDSC SHAR to carry out day to day O&M

of the system. The Resident Service Engineer shall be B.Tech/ B.E in ECE or Diploma ECE

with three years experience in relevant RF field or equivalent degree qualified person with

relevant experience.

1.15 Annual Maintenance Services

Under the non-comprehensive AMC, the vendor has to maintain all the supplied

systems, along with the posting of one Resident Service Engineer at SDSC SHAR to carry out

day to day O&M of the system. The Resident Service Engineer shall be B.Tech/ B.E in ECE

or Diploma ECE with three years experience in relevant RF field or equivalent degree qualified

person with relevant experience. Pro-rata quarterly payment for the AMC services shall be

made within 30 days after completion of satisfactory servicing and submitting the work report

by the party with the certification by Engineer-in-charge.

1.16 Performance Monitoring of the entire Project

The successful Bidder has to maintain the RF level parameters, coverage management,

Systems availability and attend to any faults and Configuration/ programming needs that may

arise during the warranty period. The necessary log files for the entire system has to be

maintained on daily/ weekly basis. The Bidder shall perform monthly checks and submit

performance report approved by the nominated liaison officer of the Department.

26

1.17 Penalty for Break Downs

During the warranty and AMC period, the successful Bidder shall maintain the installed

and commissioned system and submit monthly performance report to the Department. Any

defect in the system has to be rectified within 48 hours. Rectification beyond 48 hours will

entail penalty as follows:

a) Part defective and cost

b) Number of components rendered unusable/ idle because of the defective part with cost

(including but not limited to dependent parts, linked discrete parts, subscriber equipment

etc)

c) Total cost of the defect realized by the Department = a+b

Penalty will be levied at a cost of 0.25% of the amount in c per week, if the defect is

rectified beyond 48 hours for every week delay.

d) In case of parts which have spares (critical spares) supplied by the successful Bidder, the

defective part shall be replaced with the spare available immediately and a new spare

shall be supplied within a week. Penalty with be levied at a cost of 0.25% of the cost of

the spare per week up to replacement, if the spare is not replaced within a week.

e) In case of any defects/ bugs/ crash in software installed in the supplied CDMA

Communications System (Operating System and other Application Software’s etc) the

same shall be viewed as defect of the connected equipment on the whole and penalty

shall be charged at the rate of 0.25% of the cost of the connected equipment per week for

delay in rectification beyond 48 hours.

f) The requested features/ configuration set-up in the system (limited to the tender features)

after installation may require modifications. The requested features/ configuration set-up

shall be modified/ enabled/ disabled expeditiously within 48 hours, failing which 0.1%

of the total order value will be levied as penalty per week.

27

2. Details of existing Emergency CDMA Communication System

2.1 Technical Details

The representative base line configuration schematic of existing CDMA communication

system is shown in Figure-1. Each site consists of tri-sectored CDMA Base Station

Transceiver (BTS) system having Sectored High Gain Antenna per BTS. Each site consists

of maximum three Antennae, with one Antenna per BTS and optimized to provide required

coverage area.

At a Control Room, a Core Switch is connected to all the BTS’s through remote site switches

via the Fiber Optic Cables and also with the Application Servers like- Base Station Controller

(BSC), Wireless Call Manager (WCM), Operation and Maintenance Console (OMC), Media

Gateway.

The Base Station Controller (BSC) co-ordinates with the Base Station resources and manages

soft-handoff. A Wireless Call Manager (WCM) provides Subscriber management, dialing

plan management and call routing between users on the CDMA Radio Access Network and

external VOIP networks using SIP trunking. A Tandem Server provides tandem switching

functions like call setup and release, digits analysis, call routing and call switching between

CDMA Subscriber Handsets and the internal telephones of 4 digit dialing numbers though a

Media Gateway interface. The Media Gateway is interfaced to the internal Telephone

Exchange (Make Tadiran, Model: FC6000) through E1 trunk/ ISDN PRI (PRI30). The

Operation and Maintenance Console (OMC) provides Fault, configuration, performance, real

time alarms and events display etc.,

Figure-1: Representative configuration schematic of existing CDMA Communication System at SDSC SHAR

2.2 Highlights and Functional Features of the System/ Network:

� Fully independent and secured Wireless Voice Communication Network interfaced to the internal Telephone Exchange

� Interface to the VSAT terminal is being commissioned.

� Operational with commercially available subscriber mobile handsets.

� Radio range coverage of around 12-15 Km span distance.

� Network has capacity of up to 1000 subscriber registrations and handles 25 simultaneous calls per sector in a cell.

� Soft Hand off feature among the cells.

� Functional features: Provides Voice and Text Messaging services such as:

•CDMA mobile to CDMA mobile Selective calls • CDMA mobiles Group calling •CDMA mobile to SDSC SHAR landline and PSTN/PLMN calls •SDSC SHAR Landline and PSTN / PLMN to CDMA mobile calls. •CDMA mobile to CDMA mobile SMS •Group SMS among CDMA mobiles •Recording of Call history etc.,

2.3 Dial plan

• Each CDMA mobile phone is assigned a four-digit number

• Calls among the CDMA mobile phones takes place by dialing respective four digit numbers.

• Any Existing PBX user can call the CDMA mobile phone with the unique assigned four-digit number and vice versa

• External calls to PSTN /PLMN from the CDMA mobile phone will dial the PSTN or PLMN subscriber by prefixing zero(for example If the PLMN subscriber is 9*******788, the CDMA mobile user can access this number by dialing 09*******788).

• Any PSTN/PLMN subscriber can call to CDMA mobile user say XXXX by dialing on a PSTN number 0862322XXXX.

30

2.4 Details of sub-systems of existing CDMA Communication network

Item Make and Model

BTS Star Solutions Make, iCell COMPAC CDMA 1XRTT 800 MHz IP-RAN/ BTS.

Antenna Amphenol Antenna Solutions make, WPA70090-8CF-EDIN

Server Dell PowerEdge R430 with suitable CentOS version

Intelligent Media Gateway Star Solutions Make, SSI AC RBOE cPCI Chassis

Core Ethernet Switch Cisco SG550XG-8F8T with SFP Modules AXIOM GLC-LH-SMD-AX

Remote Ethernet Switch Cisco WS-C3560CX-8TC-S with SFP Modules AXIOM GLC-LH-SMD-AX

2.5 Responsibility Matrix

Table -2 gives the responsibility matrix of both vendor and ISRO

Item Responsibility Remark

IP RAN / BTS Vendor CDMA 2000 1XRTT, 800MHz BTS

Server for BSC/ WCM/ OMC Vendor Spare server, need to configure as BSC/ WCM/ OMC as and when the case arises.

Media Gateway/ Soft Switch Vendor Media Gateway and associated interface to connect to internal PBX of Make: Tadiran, Model: FC6000 with ISDN PRI interface as redundancy to the existing set-up.

Antennae Vendor Sectorized antennae

Optical/ Ethernet Switch Vendor Optical to Ethernet IP switch

Optical Fiber and its maintenance

SDSC SHAR Optical Fiber transmission network to connect all BTS and other elements

31

TDM PBX (IP-PBX) SDSC SHAR TDM legacy PBX with ISDN PRI interface for connecting with Media Gateway/ SoftSwitch.

Installation, configuration, commissioning, and software licenses

Vendor After supply of Items, and site readiness clearance given by the Department, the vendor has to commission the system

Acceptance testing Vendor Will be carried out by vendor witnessed by the Departmental Engineers

AMC under Warranty period Vendor To be carried out for those items supplied by vendor

32

3. Essential Specifications of Items to be supplied under Augmentation

3.1 CDMA BTS

1. Standard As per CDMA 2000 1X RTT

2. Configuration Directional sector

3. RF output power 10W at antenna port

4. Channel elements 64 forward / 32 reverse

5. Packet data rate 153.6kbps

6. Frequency band ( Band class 0 full band )

Tx: 869MHz-894MHz, Rx: 824MHz-849MHz

7. Signaling IOS/IP

8. Voice traffic RTP/IP

9. Packet data(optional) GRE/IP

10. OA&M interface SNMP V2c

Hardware interface

11. Antenna connector N Type Female

12. Weight 20Kg preferable

13. Input voltage 48V DC

14. Mounting brackets Required for pole mounting

15. Operating temperature 0 – 55 Deg C

16. Mounting Kit Pole mount/ Free stand compatible

17. Power adapter 230V, 50 Hz AC

18. Type of Unit Outdoor

33

3.2 Specification of High Gain Directional Antenna

1. Frequency of operation 824-894MHz

2. Mid band Gain 16 dBi

3. Polarization Vertical

4. Horizontal Beam width 120 Deg

5. Vertical beam width 7 Deg

6. Impedance 50 ohm

7. VSWR Less than 1.35 :1

8. Input power Handling Capacity (without damage) 100W

9. Lightening protection Direct ground

10. Survival wind speeds Upto 160Km/hr or better

Environmental Specifications

INDOOR UNITS 1. Operating Temperature 0º C to +50º C

2. Storage temperature -20º C to + 60 o C, desirable

3. Humidity 95% RH @ 40º C

4. EMI/EMC As per IEC, class A equipment

OUTDOOR (EXPOSED) UNITS

5. Operating Temperature Range 0ºC to +55º C

6. Humidity 95% Rh @ 40º C

7. Rain IP-67 or equivalent

8. Wind speed survival 160 Km/hr or better

34

Power supply requirements for all units

Input power Supply 230V AC, 50Hz (±10% )

3.3 Specification of Server

1. Form factor 1U Rack Server

2. Processor Intel® Xeon® processor E5-2620 v4 product family or better - 2 nos

Processor sockets: 2 Chipset: C610 Internal interconnect: Up to 9.6GT/s Cache: 2.5MB per core; Core : 8 or more

3. Memory DDR4 DIMMs at up to 2400MT/s 12 DIMM slots: 16GB or better

4. I/O slots 2 PCIe 3.0

5. HDD 500 GB 7.2K RPM 2.5" SATA3 or better – 2 nos

6. RAID controllers Internal controllers: PERC S130 (SW RAID), PERC H330, PERC H730, PERC H730P.

External: HBAs (RAID): PERC H830

7. Communications 4 x 1GbE LOM

8. Power supplies 450W, 550W PSU

9. Operating systems Microsoft Windows Server® 2008 R2 Microsoft Windows Server 2012 Microsoft Windows Server 2012 R2 Novell® SUSE® Linux Enterprise Server Red Hat Enterprise Linux VMware vSphere ESXi

10. Rack support Sliding rails type for tool-less mounting in 4-post racks with square or unthreaded round holes or

35

tooled mounting in 4-post threaded hole racks, with tool-less cable management arm.

3.4 Specification of Media Gateway

The media gateway will be responsible to interface the VOIP calls from the IP RAN through the WCM to the PSTN network and vice versa. Major specifications are given in below table

Sr.No Specifications

1 Features

Silence Suppression Comfort noise generation, voice activity detection

Echo Cancellation G.165 and G.168 2000 with 32, 64 or 128 ms echo tail

QoS Management Dynamic jitter buffer N+1 HA configuration

Voice codecs

CDMA EVRC

VoIP G.711, G.723.1, G.726, G.729A

2 Physical Interface

PSTN Min Two T1/E1 per board

IP Dual redundant Ethernet per board

Mid plane cPCI PCMG Version 2.16 H.110 CT Bus

3 Signaling interfaces

Narrow Band Up to eight SS7 links per board

ITU ISUP ITU Q.762, 763, 764; Q.730–737, March 1993

CAS R1, R2 including country variants, DTMF

ISDN PRI

36

IP transport IETF RFC 1889/1890 RTP/IP

4 Protocol support

Media control MGCP, Megaco/H.248

Broadband Up to two SAAL links per board

IP transport IETF RFC 1889/1890 RTP/IP

Signaling transport SCTP, M2UA

Management SNMP v2 MIB II, TFTP, BootP

3.5 Specifications of Ethernet to OFC switch

The Ethernet to OFC switch is to uplink/downlink the Ethernet traffic via the OFC path and vice versa, between Core Network Switch and BTS. The optical fiber transmission network and required patch chords will be provided by the Department, to which the Ethernet to OFC Switch is to be integrated.

The Core Ethernet Switch’s to be supplied shall be of L3 Ethernet Switch with 8 Copper 10GigE and 8 SFP ports populated with GigE Fiber and the Remote Ethernet Switch’s to be supplied shall be of L3 Ethernet Switch with 8 Copper 10GigE and 2 SFP ports populated with GigE Fiber. All the switches will be connected in Mesh/ Ring topology to provide redundant links, and accordingly the vendor has to configure the network.

37

3.6 Specifications of PC’s for O&M System console

1. Make & Model Must be specified. All the relevant product brochures and manuals must be submitted. It should support 24x7 operation

2. CPU Core i7 - 7th generation or latest, Minimum 3.2 GHz, 6 MB Cache or higher

3. Chipset Compatible Chipset Motherboard should be provided

4. Bus Architecture 4 PCI (PCI/ PCI Express) or higher

5. Memory 4 GB 1600 MHz DDR3 RAM or higher with 16 GB Expandability

6. Hard-Disk Drive 1 TB 7200 rpm or higher

7. Display 23” inch LED type Color Monitor or better to support 24x 7 operation with CE/FCC standard

8. Keyboard Wired Mechanical keyboard with 104 keys or better

9. Mouse Wired Optical Mouse with USB interface or better

10. Ports 6 USB Ports including 2 USB 3.0 Ports (with at least 2 in front), audio ports for microphone and headphone in front and back panel

11. Cabinet Mini Tower or better

12. Networking port 100/1000 on board integrated Network Port

13. Operating System Preloaded Windows 8 Operating System with license for the proposed solution to be provided or equivalent/ better version

14. Power Management Screen Blanking, Hard Disk and System Idle Mode in Power On, Set up Password, Power supply SMPS Surge protected.

15. Display Port VGA/HDMI Port to connect a monitor

38

16. Accessories Monitoring speakers

4. Commercial Bid Format

In order to arrive at the lowest offer, the total cost of the System as per the above Bill of Materials shall only be considered. The cost of the Optional Items mentioned in the below table will not be considered to arrive at the lowest offer. However the vendor shall offer quote for all the optional items.

Optional Items:

Sl. No Item Qty Unit Rate GST Sub-Total

1 Supply and installation of compact CDMA 1X 800MHz RF repeaters for extended/ indoor coverage

5

11 Spare SFP Modules for Ethernet Switch of Model: CISCO3560C, Make: Cisco

4

12 CDMA SIM Cards with SIM Programmer kit

1000

13 PC for O&M System Console 2

14 Equipment Engineering & Configuration, Onsite Base Station Installation and Integration, 2 years warranty services with posting of One Resident Engineer.

lot

15 Non-compressive AMC for a period of 2 years after completion of warranty period, with posting of One Resident Engineer.

2 years

TOTAL

39

Sl. No Item Qty Unit Rate GST Sub-Total

1 CDMA 1X 800 MHz Base Transceiver Station (BTS)

7

2 AC to DC 48V, 200W Power Supply unit, compatible to Item Sl. No:1

15

3 BTS Mounting Assembly - Free Standing Kit, compatible to Item Sl. No:1

7

4 BTS Mounting Assembly – Poll Mount Kit, compatible to Item Sl. No:1

7

5 BTS Installation Connectors & Accessory Kit consisting of GPS Receiver with antenna compatible to Item Sl. No:1 with Surge Protection Devices, Weather proofing tape etc

7

6 Sectorized Antenna Kit, 16dBi, 120deg, 0deg down tilt, w/Jumper Cable and compatible mating Connectors (02 nos) for low loss RF Cable. (exclusive of RF cable)

7

7 Server 1

8 Media Gateway 1

9 L3 Ethernet Switch with 8 Copper 10GigE and 8 Optical XCVR/

7

40

2 Supply of CDMA subscriber handsets with PTT (Press To Talk) provision.

10

SFP ports populated with GigE Fiber

10 Spare SFP Modules for Ethernet Switch of Model: CISCO550XG, Make: Cisco

5

41

NOTE:

a. The Make, Model, Country of manufacture of all the Products to be supplied for the

execution of the tender with supporting documents to be submitted.

b. Any other miscellaneous items and its cost that are not reflected in the RFP, towards

realization of the proposed system, the Vendor has to brought out to the notice of the

Department, with submission of the justification and technical details of the item.

c. The Original application and Operating System software’s with necessary life time license

key, shall be provided for all software components, such that nothing remains to purchased/

updated for proper functioning after completion of Warranty period.

d. The Tenderer has to provide the Project Technical Document with Configuration and

subsystem details, Maintenance Documents, Service and User manuals of the OEM, and

other essential documents.

e. The Department reserves the right to choose the most technically suitable Make and Model

of the items and either to procure the full quantity or part thereof for each item.

42

5. Check list for documents

S. No Description Response by Supplier

1. The detailed scope of the work and technical specifications are understood and price was quoted accordingly.

Yes / No

2. Configuration proposal document along with specifications of the subsystems enclosed.

Yes / No

3. Validity of Offer is 120 days from the date of opening of tenders. Yes / No

4. GST to be indicated in %, if not mentioned it shall be assumed that the price quoted are inclusive of taxes

Yes / No

5. Delivery Schedule is Acceptable Yes / No

6. Accepted the Department Payment Terms Yes / No

7. Warranty for the fully commissioned and accepted system is Two years

Yes / No

8. 10% of the Order Value shall be submitted as Security Deposit for the performance of the contract. Valid till acceptance of the system.

Yes / No

9. 10% of the Order Value shall be submitted as Performance Bank Guarantee.

Yes / No

10. Liquidated Damages clause is acceptable. Yes / No

11. Latest income tax certificates is enclosed Yes / No

12. Registration certificate of the company is enclosed Yes / No

13. Commercial Bid as per the format enclosed Yes / No

*************************************************** **********************************

S a t i sh Dhawan Spac e Cen t e r SHAR S a t i sh Dhawan Spac e Cen t e r SHAR S a t i sh Dhawan Spac e Cen t e r SHAR S a t i sh Dhawan Spac e Cen t e r SHAR

Welcome, Materials Master (isro)31 August 2017,

17:16:08 IST

MAIN VIEW HELP

Preview For STANDARD TERMS AND CONDITIONS

Page Destination: Tender Header Format Type : Normal

. :

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SATISH DHAWAN SPACE CENTRE

PURCHASE DIVISION

Tele No.08623-225023/225174/225127 Fax No.08623-225170/22-5028 e-Mail ID : [email protected], [email protected], [email protected]

STANDARD TERMS & CONDITIONS

1.OFFERS SHALL BE SENT ONLINE ONLY USING STANDARD DIGITAL SIGNATURE CERTIFICATE OF CLASS III WITH ENCRYPTION / DECRYPTION. THE TENDERS AUTHORISED ONLINE ON OR BEFORE THE OPEN AUTHORISATION DATE AND TIME ONLY WILL BE CONSIDERED AS VALID TENDERS EVEN THOUGH THE BIDS ARE SUBMITTED ONLINE.

2.THE TENDERER MUST AUTHORISE BID OPENING WITHIN THE TIME STIPULATED IN THE SCHEDULE BY SDSC SHAR. OTHERWISE THE ONLINE BID SUBMITTED WILL NOT BE CONSIDERED FOR EVALUATION. PHYSICAL COPY WILL NOT BE CONSIDERED EVEN THOUGH IT IS RECEIVED BEFORE THE BID SUBMISSION DATE. In case of two-part tenders, parties shall submit their offers as follows:-

1) Part-I – Techno-commercial Bid (No price details shall be mentioned in this bid and shall not upload the details of price along with the techno-commercial bid) 2) Part-II – Price Bid

In view of Two Part Tender, the Offers submitted contrary to above instructions will be summarily rejected. 3.In case, the tenderer is not interested to participate in the tender, the tenderer shall submit regret letter giving reasons, failing which future enquiries will not be sent. 4.Offer Validity: The validity of the offers / tenders should be 90 days (in case of single part tender) and 120 days (in case two part

tender) from the date of opening of the tenders. Tenders with offer validity less than the period mentioned above, will not be considered for evaluation. 5.GST - GST and/or other duties/levies legally leviable and intended to be claimed should be distinctly shown separately in the tender. GST details are given below

GSTIN: 37AAAGS1366J1Z1 LEGAL NAME : SATISH DHAWAN SPACE CENTRE SHAR VALIDITY FROM:29/08/2017

TYPE OF REGISTRATION:REGULAR 6.Customs Duty - SDSC-SHAR is eligible for 100% Customs Duty exemption as per Notification No. 050/2017 539 (b) Dt: 30.06.2017.

This may be taken into account while quoting for import items, if any. In case tenderers offering items considering customs duty exemption, they should also indicate the bill of materials and price, separately, with Customs Duty component and terms and conditions thereto. 8.Advance Payment - Wherever advance payment is requested, Bank Guarantee from any Nationalized Bank/Scheduled Bank should be

furnished. In case of advance payments, if the party is not supplying the material within the delivery schedule, interest will be levied as per the Prime Lending Rate of RBI plus 2% penal interest. Interest will be loaded for advance payments/stage payments as per the prime lending rate of RBI and will be added to the landed cost for comparison purpose. In case of different milestone payments submitted by the parties, a standard and transparent methodology like NPV will be adopted for evaluating the offers.

9.Liquidated Damages - In all cases, delivery schedule indicated in the Purchase Order/Contract is the essence of the contract and if the party fails to deliver the material within the delivery schedule, Liquidated Damages will be levied @ 0.5% per week or part thereof subject to a maximum of 10% of total order value. 10.Performance Bank Guarantee - Performance Bank Guarantee for 10% of the order value should be furnished in the form of Bank

Guarantee from nationalized/scheduled bank or by Demand Draft valid till warranty period plus sixty days as claim period.

Page 1 of 3

11.Security Deposit – Security Deposit for 10% of the order value is mandatory, if the ordered value is Rs.5.00 lakhs and above. Party shall furnish the Security Deposit in the form of Bank Guarantee from nationalized/scheduled bank or by Demand Draft valid till

completion of the contract period plus sixty days towards claim period for faithful execution of the contract. 12.BANK GUARANTEE FOR FIM: Supplier has to submit Bank guarantee for equal value of Free Issue of Materials (FIM) issued by the Department from Nationalised / Scheduled Bank valid till receipt and acceptance of supply and satisfactory accounting of FIM plus sixty days as claim period.

13.The delivery period mentioned in the tender enquiry, IF ANY, is with the stipulation that no credit will be given for earlier deliveries and offers with delivery beyond the period will be treated as unresponsive. 14.The Department will have the option to consider more than one source of supply and final orders will be given accordingly.

15.The bidders should note that conditional discounts would not have edge in the evaluation process of tenders. 16.Non-acceptance of any conditions wherever called for related to Guarantee/ Warranty, Performance Bank Guarantee, Security Deposit, Liquidated damages are liable for disqualification. 17.Wherever installation/ commissioning involved, the guarantee/warrantee period shall reckon only from the date of installation and

commissioning. 18.Purchase/Price Preference will be extended to the MSMEs under the Public Procurement Policy for MSMEs formulated under the Micro, Small and Medium Enterprises Development Act, 2006 and instructions issued by Government of India from time to time. Vendors who would like to avail the benefit of MSME should clearly mention the same and submit all the documentary evidences to substantiate their claim along with tender itself.

19.The drawings, specifications, end use etc., given by the Centre/Unit along with the tender enquiry are confidential and shall not be disclosed to any third party. 20.SPECIAL CONDITIONS FOR SUBMITTING QUOTATIONS IN FOREIGN CURRENCY BY THE INDIAN AGENTS

The Tenderer should submit the following documents/information while quoting:- a)Foreign Principal's proforma invoice/quote indicating the commission payable to the Indian Agent and nature of after sales service to be rendered by the Indian Agent. b)Copy of Agency agreement with the Foreign Principal and the Indian Agent, precise relationship between them and their mutual

interest in the business. c)Registration and item empanelment of the Indian Agent. d)Agency Commission will be paid only Indian Currency.

e)Compliance of the tax laws by the Indian Agent. 21. High Sea Sales- Against High Sea Sale transactions: a.Offers shall be on all inclusive basis including delivery upto Sriharikota at the risk and cost of the supplier. Customs Clearance is the responsibility of the supplier and at his cost and risk.

b.100% payment will be made within 30 days after receipt and acceptance of the items at our site. c. GST as applicable d.Customs Duty Exemption Certificate and other relevant documents required for Customs clearance will be provided.

e.High Sea Sales Agreement furnished by the supplier in accordance with the terms and conditions of our purchase order will be signed and issued by SDSC-SHAR. 22.The following information/ documents are to be submitted wherever applicable.

1.Product Literature 2.Core banking account number of SBI, RTGS Details 3.PAN No. in quotation and invoices

4.GST Registration details. 5.In case of MSME, registration details / documents from Competent Authority. 23.EXCLUSION OF TENDERS

The following tenders shall be summarily rejected from the procurement process a.Tenders received from vendors who have not qualified in terms of their registration. b.Tenders received against publishing of a limited tender in the CPP portal.

c.Tenders of vendors who have been removed from the vendor list or banned/debarred from having business dealings. d.Unsolicited tenders from vendors. e.The tenders which materially depart from the requirements specified in the tender document or which contain false information.

f.The tenders which are not accompanied by the prescribed Earnest Money Deposit. g.The tenders of vendors who have not agreed to furnish Security Deposit, Performance Bank Guarantee and Liquidated Damages. h.The validity of the tenders is shorter than the period specified in the tender enquiry.

i.The tenders received from vendors or their agents or anyone acting on their behalf, who have promised or given to any official of the Centre/Unit/Department, a gratification in any form, or anything of value, so as to unduly influence the procurement process. j.The tenders received from vendors, who, in the opinion of the Centre/Unit, have a conflict of interest materially affecting fair competition.

Page 2 of 3

k.The tenders received from Indian agents on behalf of their foreign Principals/OEMs (in cases where the Principals/OEMs also submit their tenders simultaneously for the same item/product in the same tender).

l.In case two or more tenders are received from an Indian agent on behalf of more than one foreign Principal/OEM, in the same tender for the same item/product. m.If a firm quotes ‘NIL’ charges / consideration, the bid shall be treated as un-responsive and will not be considered.

Page 3 of 3